Loading...
HomeMy WebLinkAboutC2012-038 - 2/21/2012 - ApprovedCITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469 -9277 (City) acting through its duly authorized City Manager or Designee (Director of Engineering Services) and RVE, Inc. a Texas corporation, 820 Buffalo Street, Corpus Christi, Nueces County, Texas 78401, (Arch itectlEngineer- -A/E), hereby agree as follows: SCOPE OF PROJECT Williams Drive Improvements, Phase 3 from Staples Street to Airline Road Project No. E11116) - The Williams Drive Improvements Phase 3 Project improves the. existing two lane roadway to a four lane roadway (C3 Collector). The improvements include a new street section, curb and gutter, combination 8' wide pedestrian /bicycle sidewalk on each side of the street, ADA curb ramps, lane striping, pavement markings and traffic signals. New traffic signals will be installed for Williams Drive on the east and west sides of the intersection at S. Staples Street. Water and wastewater lines will be replaced and /or rehabilitated as needed. The storm sewer system will be increased in capacity and/or rehabilitated as needed. The construction budget for the project is $5,614,376 and is based on the Final Report for Bond Issue 2008 Street Projects. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, A/E will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit "A" and "A -1 ", to complete the Project. Exhibit "A -1" provides supplemental description of services to Exhibit "A" and is not intended to supersede services described in Exhibit "A ". Work will not begin on Additional Services until requested by the A/E (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. A/E services will be "Services for Construction Projects " - (Basic Services for Construction Projects ") which are shown and are in accordance with "Professional Engineering Services- A Guide to the Selection and Negotiation Process, 1 993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. For purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. 3. ORDER OF SERVICES The AIE agrees to begin work on those authorized Basic Services for this contract upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in writing by the A/E and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A ". This schedule is not to be inr of nII orlrli+innn1 +ime that may be required for review by the City staff and may be 2012 -035 ;urrence of the Director of Engineering Services. M2012 -038 CONTRACT FOR ENGINEERING (A!E) SERVICES 02/21/12 Page 1 of 4 ETS1E11116 - WILLIAMS DRIVE IMPR PH. 3 STAPLES TO AIRLINEIAGENDA $TEM - RVE41 CONTRACT PROFESSIONAL RVE, Inc. INDEXED The Director of Engineering Services may direct the A/E to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. A/E shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. MANDATORY REQUIREMENTS A/E agrees to the mandatory contract and insurance requirements as set forth in Exhibit "137. 5. FEE The City will pay the A/E a fee, as described in Exhibit "A ", for providing services authorized. Monthly invoices will be submitted in accordance with Exhibit "D ". B. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the A/E at the address of record. In this event, the A/E will be compensated for its services on all stages authorized based upon A/E and City's estimate of the proportion of the total services actually completed at the time of termination. 7. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The A/E agrees that at least 75% of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA) 8. ASSIGNABILITY The A/E will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the A/E staff. If the A/E is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the A/E fee may be assigned in advance of receipt by the A/E without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. CONTRACT FOR ENGINEERING (AIE) SERVICES Page 2 of 4 KIENGINEER3NG DATAEXCHANGEICLARISSAJISTREETSlE11116 - WILLIAMS DRIVE IMPR PH. 3 STAPLES TO AIRLINBAGENDA ITEM - RVE11 CONTRACT PROFESSIONAL SERVICES.DOC I 9. OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the City, may not be used again by the A/E without the express written consent of the Director of Engineering Services. However, the A/E may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re -use of modified plans. 10. INSURANCE, INDEMNIFICATION AND HOLD HARMLESS The Consultant will submit to the City Engineer a certificate of insurance, with the City named as additionally insured, showing the minimum coverage set forth in Exhibit "B" by an insurance company acceptable to the City. The Consultant further agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees as more fully set forth in Exhibit "B" 11. DISCLOSURE OF INTEREST A/E further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form attached hereto as Exhibit "C ". CITY OF CORPUS CHRISTI Oscar R. Martinez Date Assistant City Manager RECOMMENDED RV,Ic. I -ZS Patri k . Veteto, P. E. Date 820 Buffalo Street Corpus Christi, TX 78401 (361) 887 -8851 Office (361) 887 -8855 Fax - 7 Daniel Biles, P.E. Date Director of Engineering Services W I d'z Op ting De rtm nt Date Office of Management and Budget A TEST . 1AU-2 -::,(23.�� I ri'Ur% i.L i- Iffy MUNCIL Ala lip Project #: E11116 Funding: 550950- 3544 - 00000- E11116 $573,502.93 550950 -3541 -00000- E11116 $386,492.07 �I.PO #:E11116ARV hN!� Cfls� CONTRACT FOR ENGINEERING (A!E) SERVICES CflY SECIiUAR'? Page 3 of 4 K \ENGINEERING DATAEXCHANGE ICLARISSAJISTREETS1E11116 - WILLIAMS DRIVE IMPR PH, 3 STAPLES TO AIRLINE%AGENDA ITEM - RVE51 CONTRACT PROFESSIONAL SERVICES.DOC ATTEST Armando Chapa, City Secretary APPROVED f��A"S� TO FORM City Attorney D to Project No: E 1116 Fund Source: 550910 - 3546. 00000- E11116 Encumbrance No: CONTRACT FOR ENGINEERING (AIE) SERVICES Page 4 of 4 KIENGINEERING DATAEXCHANGEICLARISSAJISTREETSIE11116 - WILLIAMS DRIVE IMPR PH. 3 STAPLES TO AIRLINE%AGENDA ITEM - RVEIi CONTRACT PROFESSIONAL SERVICES.DOC EXHIBIT "A" CITY OF CORPUS CHRISTI, TEXAS Williams Drive Improvements Phase 3 from Staples Street to Airline Road (Project No. E11116) 1. SCOPE OF SERVICES A. Basic Services. (Basic Services will include the following in addition to those items shown on Exhibit "A -1" Task List.) 1. Preliminary Phase. The Arch itectlEngineer -A/E will: It is the intent of the Preliminary Phase to provide a study and report of project scope with economic and technical evaluation of alternatives, and upon approval, proceed in an Engineering Letter Reportwhich includes preliminary designs, drawings, and written description of the project. This report shall include: a. Provide scope of soil investigations, borings, and laboratory testing and make recommendations to the City. Coordinate all required services with the Geotech Lab. (The City Engineering Services Departmentwill provide necessary soil investigation and testing under one or more separate contracts.) b. Conferwith City staff at the start of this phase regarding the design parameters of the Project. The Engineer will participate in formal meeting(s) with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. The AIE will discuss the project with the operating department (Water, Wastewater, Gas, Storm Water, Streets, etc.) and other agencies, including but not limited to the Texas Department of Transportation (TxDOT) and Texas Commission on Environmental Quality (TCEQ) as required to satisfactorily complete the Project. c. Submit one (1) copy in an approved electronic format, and one (1) paper copy of the Engineering Letter Report, with executive summary, opinion of probable construction costs, defined technical evaluations of identified feasible alternatives and review with City staff to produce an acceptable format. The Engineering Letter Report will include the following (with CONSTRUCTABILITY being a major element in all the following items); 1) Review the Project with the respective Operating Department(s) for clarification and definition of intent and execution of the Project; The A/E will meet with City staff to collect data, discuss materials and methods of construction, and identify design and construction requirements. 2) Review and investigation of available records, archives, and pertinent data related to the Project including taking photographs of the Project site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Master Plan(s). 3) Identify results of site field investigation including site findings, existing conditions, potential right of way /easements, and probable Project design solutions (which are common to municipalities). 4) Provide a presentation of pertinent factors, sketches, designs, cross - sections, and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, identification of needed additional services, preliminary details of construction of critical elements, identification of needed permits, identification of EXHIBIT "A" Page 1 of 9 K NENGINEERING DATAEXCHANGEICLARISSA ,IISTREETS1E11116 - WILLIAMS DRIVE IMPR PH. 3 STAPLES TO AIRLINELAGENDA ITEM - RVM EXHIBIT A.DOC specifications to be used, identification of quality and quantity of materials of construction, and other factors required for a professional design fCONSTRUCTABILITY) 5) Advise of environmental site evaluations and archeology reports that are needed for the Project (Environmental issues and archeological services to be an Additional Service). 6) Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project including permitting, environmental, historical, construction, and geotechnical issues; meet and coordinate with pertinent agencies such as RTA, CCISD, and TDLR. 7) Confer, discuss, and meet with City operating department(s) and Engineering Services staff to produce a cohesive, well - defined proposed scope of design, probable cost estimates(s) and design alternatives. S) Provide a letter stating that the A/E and Sub - consultant Engineers have checked and reviewed the Engineering Letter Report prior to submission. City staff will provide one set only of the following inbrmation (as applicable): a. Record drawings, record information of existing facilities, and utilities (as available from City Engineering files). b. The preliminary budget, specifying thefunds available for construction. c. Aerial photography for the Project area d. Through separate contract, related GIS mapping for existing facilities e. A copy of existing studies and plans. (as available from City Engineering files) f. Field location of existing city utilities. (A/E to coordinate with City Operating Department) g. Provide applicable Master Plans. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the A/E will: a. Study, verify, and implement Engineering Letter Report recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. Prepare one set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. c. Provide assistance identify testing, handling and disposal of any hazardous materials and /or contaminated soils that may be discovered .during construction (to be included under additional services). d. Prepare final quantities and estimates of-probable costs with the recommended construction schedule. The construction schedule will provide a phased approach to track progress and payments. e. Furnish one (1) copy of the pre -final plans and bid documents to the City staff for review and approval purposes with estimates of probable construction costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the interim pre -final plans is a " Plan Executive Summary which will identify and summarize the project by distinguishing key elements such as: • Pipe Size or Building Size EXHIBIT "A" Page 2 of 9 KSENGINEERING DATAEXCHANGEICLARESSAJ %STREETSIE11116 - VVILLIAMS DRIVE IMPR PH. 3 STAPLES TO AIRLINEIAGENDA ITEM - RVE12 EXHIBIT A.DOC • Pipe Material, etc. • Why one material is selected over another • Pluses of selections • ROW requirements and why • Permit requirements and why • Easement requirements and why • Embedment type and why • Constructability, etc. • Specific requirements of the City • Standard specifications • Non - standard specifications • Any unique requirements • Cost, alternatives, etc. • Owner permit requirements and status f. Assimilate all review comments, modifications, additions /deletions and proceed to next phase, upon Notice to Proceed. g. Provide Quality Assurance /Quality Control (QA/QC) measures to ensure that submittal of the pre -final and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant AIE and Sub - consultant AIE shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. h. Provide construction traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization, as directed by the City Traffic Engineering Department L Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for reproduction (In City Format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. j. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re -use of modified plans. k. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. I. Provide Storm Water Best Management Practices Recommendations (Contractor will be required to provide a Storm Water Pollution Prevention Plan). The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the professional services contract awarded. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. 3. Bid Phase. The A/E will: a. Participate in the pre -bid conference and provide a recommended agenda for critical construction activities and elements impacted the project. EXHIBIT "A" Page 3 of 9 KaENGINEERING DATAEXCHANGE4CI .ARISSAASTREETS1E11116 - WILLIAMS DRIVE IMPR PH. 3 STAPLES TO AIRLINEMENDA ITEM - RVE12 EXHIBIT A.DOC b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre -bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding. d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the AIE's design phase estimate required above, the AIE will, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re- advertise that particular portion of the Project for bids. The City staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. b. Advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the AIE) any addenda, prepare and supply bid tabulation forms, and conduct bid opening c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards d. Prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. The AIE will perform contract administration to include the following: a. Participate in pre - construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Review for conformance to contract documents, shop and workingdrawings, materials and other submittals. c. Review field and laboratory tests. d. Provide interpretations and clarifications of the contract documents for the contractor and authorize required changes, which do not affect the contractor's price and are not contrary to the general interest of the City under the contract e. Make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. f. Assist the City in the preparation of change orders as authorized. g. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. h. Review construction "red -line" drawings, prepare record drawings of the Project as constructed (from the "red -fine" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later) of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. K %ENGINEERING DATAEXCHANGE ICLARISSAJSSTREETSIE11116 -WILLIAMS DRIVE IMPR PH. 3 STAPLES TO AIRLINELAGENDA ITEM EXHIBIT "A" Page 4of9 RVE12 EXHIBIT A.DOC The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. b. Prepare applications /estimates for payments to contractor. c. Conduct the final acceptance inspection with the Engineer. d. Prepare change orders as required. B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract, but the A/E will not begin work on this section without specific written approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The A/E will, with written authorization by the Director of Engineering Services, do the following: 1. Permitting. Furnish the City all engineering data and documentation necessary for all required permits. The A/E will prepare this documentation for all required signatures. The A/E will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. Union Pacific Railroad, Missouri Pacific Railroad, or any other railroad operating in the area b. TxDOT Permits /Amendments c. Wetlands Delineation and Permit d. Temporary Discharge Permit e. NPDES Permit /Amendments f. Texas Commission of Environmental Quality (TCEQ) Permits /Amendments g. Nueces County h. Texas Historical Commission (THC) i. U.S. Fish and Wildlife Service (USFWS) j. U.S. Army Corps of Engineers (USAGE) k. United States Environmental Protection Agency (USEPA) I. Texas Department of License and Regulation (TDLR ) 2. Right -of -Way (ROW) Verification Survey. The A/E will review existing ROW and easements provided by the City to ascertain any conflicts and provide field ROW surveys to verify the adequacy of the existing ROW. No additional ROW acquisition is anticipated as necessary for this Project. 3. Topographic Survey. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aerial mapping of the Project area -aerial photography to be provided by City). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform to the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. 4. Subsurface Utility Engineering (S.U.E.). Upon receiving authorization from the City to proceed, conduct hydro- excavation, pneumatic excavation, or probing, with or without water jet assistance, EXHIBIT "A" Page 6 of 9 K: ENGINEERING DATAEXCHANGEICLARISSAJISTREETS1E11116 - WILLIAMS DRIVE IMPR PH, 3 STAPLES TO AIRLINELAGENDA ITEM - RVE12 EXHIBIT A.DOC to identify underground utilities of record. The process will conform to subsurface utility engineering in accordance with ASCE Standard C-1, 38 -02. 5. Public Meeting. Assist City in preparing exhibits and conductingfour (4) public meetings. 6. Environmental Issues. a. Provide environmental site evaluations and. Archeology Reports thatare needed for the Project. b. Identify and develop a scope of work for any testing, handling and disposal of hazardous materials and/or contaminated soils that may be discovered during construction. c. Prepare and process TxDOT Categorical Exclusion. 7. Construction Observation Services (18 Month Duration}. 1. Provide a project representative (PR) b provide periodic construction observation. A. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the AIE shall endeavor to provide further protection for the CITY against defects and deficiencies in the Work. B. The duties and responsibilities of the PR are described as follows: 1. General PR will act as directed by and under the supervision of AIE, and will confer with AIE regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with AIE and Contractor, keeping the CITY advised as necessary. 2. In accordance with TxDOT requirements, the PR will be on the project site daily while the contractor is working. The fee for this Additional Service is based upon an 8 -hour day (6 hours of inspection and 2 hours of daily report writing and processing) throughout the duration of the project (estimated 18 -month duration). 3. Conference and Meetings: Attend meetings with Contractor, such as pre - construction conferences, progress meetings, job conferences and other project- related meetings as required by the City, and prepare and circulate copies ofminutes thereof. 4. Liaison: A. Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. B. PR shall communicate with CITY with the knowledge of and under the direction of AIE 5. Interpretation of Contract Documents: Report when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 6. Shop Drawings and Samples: A. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. B. Record date of receipt of Samples and approved Shop Drawings. C. Advise Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which PR believes that the submittal has not been approved. EXHIBIT "A" Page 6 of 9 KIENGINEERING DATAEXCHANGEICLARISSAJISTREETS %E11116 - WILLIAMS DRIVE IMPR PH. 3 STAPLES TO AIRLINEVAGENDA ITEM - RVE12 EXHIBIT A.DOC 7. Review of Work and Rejection of Defective Work: A. Conduct on -Site observations of Contractor's work in progress to assist A/E in determining if the Work is in general proceeding in accordance with the Contract Documents. B. Report whenever PR believes that any part of Contractor's work in progress will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project, or has been damaged, or does not meet the requirements of anyinspection, test or approval required to be made; and advise City and A/E of that part of work in progress that PR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. C. Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. 8. Records: A. Maintain orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, A/E's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. B. Prepare a daily report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to A/E and the City. The daily report will conform to TxDOT's requirements for a daily journal. 9. Reports: A. Furnish periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. B. Report immediatelyto the CITY and A/E the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. C. Provide project photo report on CD -ROM at the rate of a minimum of two photographs per day, including an adequate amount of photograph documentation of utility conflicts D. Provide project documentation to TxDOT in accordance with TxDOT requirements. 10. Completion: A. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. B. Participate in a final inspection in the company of A/E, the CITY, and Contractor and prepare a final list of items to be completed or corrected. C. Observe whether all items on final list have been completed or corrected and make recommendations concerning acceptance and issuance of the Notice of Acceptability of the Work. 8. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one -year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and EXHIBIT "A" Page 7 of 9 K:IENGINEERING DATAEXCHANGEICLARISSAJSSTREETS5E11116 -WILLIAMS DRIVE IMPR PH. 3 STAPLES TO AIRLINE%GENDA ITEM - RVEI2 EXHIBIT A.DOC conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (60) clays prior to the end of the maintenance guaranty period. 9. Existing Box Culvert Evaluation & Rehabilitation. Inspect and evaluate the existing concrete box culvert in Williams Drive from Airline Road to S. Staples Street. Determine the condition of the box culvert and its current capacity for direct vehicle loading. Recommend upgrades needed to permit HS-20 direct loading and repairs needed to a )dend its service life. 10. Drainage Study. Determine the drainage basin to the Project and perform an hydrologic analysis to determine the amount of stormwater runoff directed to the existing storm sewer system. The results of the drainage study will be used to design the required storm sewer improvements in accordance with the City's Drainage Criteria Manual. 11. Storm Water Pollution Prevention Plan. Prepare a Stormwater Pollution Prevention Plan (SWPPP) in accordance with TCEQ and EPA standards for the City only. The Contractor awarded the project shall be responsible for providing his own SWPPP. 12. Provide the services above authorized in additionto those items shown on Exhibit "A -1" Task List. 2. PROJECT SCHEDULE ACTIVITY DATE Begin Preliminary Phase Upon Receipt of Notice to Proceed (NTP) Submit Preliminary Engineering Letter Report (PELR) Four (4) Months from NTP Submit Final Engineering Letter Report (FELR) Two (2) Months after Review of PELR with the City Begin Design Phase Upon Approval of FELR and receipt of Notice to Proceed for Design Submit 60% PS &E Six (6) Months after receipt of Notice to Proceed for Design Submit 90% PS &E Two (2) Months after 60% Plan Review Submit Pre -Final PS &E One (1) Month after 90% Plan Review Submit Final PS &E One (1) Month after Pre -Final Approval Pre -Bid Conference Two (2) Weeks after Bid Advertisement Project Bid Four (4) Weeks after Bid Advertisement Begin Construction One (1) Month after Council Award Complete Construction Eighteen (18) Months after Begin Construction 3. FEES A. Fee for Basic Services. The City will pay the AIE a fixed fee for providing for all "BasicServices" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1 -4 above, and for all expenses incurred in performing these services. For services provided in Section I.A.1 -4, AIE will EXHIBIT "A" Page 8 of 9 K; ENGINEERING DATAEXCHANGEICLARISSAASTREETS \E11116 - WILLIAMS DRIVE IMPR PH. 3 STAPLES TO AIRLINEIAGENDA ITEM - RVE12 EXHIBIT A. DOG submit monthly statements for basic services rendered. In Section.I.A.1 -3, the statement will be based upon AIE's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section 1.A.4, the statement will be pro -rated based upon the estimated construction duration shown in Section 1.B.7. above. Services required beyond the estimated construction duration are subject to additional fees to be determined. City will make prompt monthly payments in response to AIE'smonthly statements. B. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the AIE a not -to- exceed fee as per the table below: Summary of Fees The estimated construction cost for Williams Drive Improvements, Phase 3 from Staples Street to Airline Road is $5,614,376.00. The total basic services fee proposal for this project is $464,577.00. Therefore, the percentage of design cost to construction cost is 8.27 %. EXHIBIT "A" Page 9 of 9 K:IENGINEERING DATAEXCHANGEICLARISSAASTREETS 1E11116 - VVILLIAMS DRIVE IMPR PH, 3 STAPLES TO AFRLINESAGEMDA ITEM - RVE52 EXHIBIT A.DOC TOTAL FEE BASIC SERVICES 1 Preliminary Phase $81,272.00 2 Design Phase 290,117.00 3 Bid Phase 12,128.00 4 Construction Phase 81,060.00 Subtotal Basic Services 464,577.00 ADDITIONAL SERVICES 1 1 Permitting (Authorized) TXDOT Permitting Authorized 8,720.00 TDLR Registration Authorized 3,580.00 2 Right-of-Way (ROW) Verification Survey (Authorized) 10,960.00 3 Topographic Survey (Authorized) 40,440.00 4 ISubsurface Utili Exploration S.U.E. Authorized 47,440.00 5 1 Public Meetings 4 Meetings) Authorized 16,960.00 6 IlEnvironmental Issues Authorized 53,963.00 7 1 Construction Observation Services (18- months duration) 249,600.00 8 lWarranty Phase Authorized 2,210.00 9 Existing Box Culvert Evaluation & Rehabilitation Authorized 40,920.00 10 Drainage Stud (Authorized ) 17,705.00 11 Storm Water Pollution Prevention Plan Authorized 2,920.00 Subtotal Additional Services 495,418.00 TOTAL AUTHORIZED FEE $959,995.00 The estimated construction cost for Williams Drive Improvements, Phase 3 from Staples Street to Airline Road is $5,614,376.00. The total basic services fee proposal for this project is $464,577.00. Therefore, the percentage of design cost to construction cost is 8.27 %. EXHIBIT "A" Page 9 of 9 K:IENGINEERING DATAEXCHANGEICLARISSAASTREETS 1E11116 - VVILLIAMS DRIVE IMPR PH, 3 STAPLES TO AFRLINESAGEMDA ITEM - RVE52 EXHIBIT A.DOC EXHIBIT A -1 TASK LIST CITY OF CORPUS CHRISTI, TEXAS Williams Drive Improvements Phase 3 from Staples Street to Airline Road (Project No. E11116) GENERAL The Williams Drive Improvements, Phase 3 Project improves the existing two lane roadway to a four.lane roadway (C3 Collector). The improvements include a new street section, curb and gutter, combination 8' wide pedestrian /bicycle sidewalk on each side of the street, ADA curb ramps, lane striping, pavement markings and traffic signals. New traffic signals will be installed for Williams Drive on the east and west sides of the intersection at S. Staples Street. Water and wastewater lines will be replaced and/or rehabilitated as needed. The storm sewer system will be increased in capacity and/or rehabilitated as needed. The construction budget for the project is $5,614,376 and is based on the Final Report for Bond Issue 2008 Street Projects. Monthly progress reports shall be prepared for submittal to the City and submitted by the 5 th of each month. BASIC SERVICES Preliminary Phase Engineering Letter Report Preparation of the Engineering Letter Report will be in two parts; a Preliminary Engineering Letter Report and Final Engineering Letter Report. The Preliminary Engineering Letter Report will be used as the basis for all regulatory permitting, easement applications and ROW acquisitions, if necessary. After all permits and easements have been coordinated with the regulatory agencies, the Preliminary Engineering Letter Report will be revised to comply with the permit and easement requirements and the Final Engineering Letter Report will be issued. The Final Engineering Letter Report will be used as the basis for final design. A. Prepare Preliminary Engineering Letter Report Attend a project kick off meeting and prepare meeting minutes. 2. Collect data needed for the Preliminary Engineering Letter Report: • ROW Information of Record from City; • Utility Information of Record from City; • Construction Plans of Record from City; • Conventional Surveys (Additional Services); • S.U.E. Surveys (Additional Services); EXHIBIT "A -1" Page 1 of 6 KIENGINEERING DATAEXCHANGEIVELMAPISTREET1E11116 WILLIAMS DRIVE PHASE 3 FROM STAPLES TO AIRLINEICONSULTAWR3 EXHIBIT A -1 TASK LIST. DOC • TxDOT Categorical Exclusion (Additional Services); • Drainage Study (Additional Services) • Existing Box Culvert Eval. & Rehab. (Additional Services) • . Geotechnical Investigation (Direct Contract with City). 3. Review and analyze data. 4. Prepare a Preliminary Engineering Letter Report including: a. Data collected; b. Analysis of the data c. Preliminary design calculations; d. Storm Sewer system upgrades in accordance with Drainage Study and Existing Box Culvert Evaluation; e. Roadway rehabilitation alternatives (Rigid and Flexible Pavement); f. Water and wastewater utility upgrades in accordance with the Project parameters, g. Permit requirements, as necessary; and h. Preliminary opinion of probable costs. The Preliminary Engineering Letter Report will include a recommended plan of action within the project budget. 5. Submit one (1) hard copy and one (1) electronic copy of the Preliminary Engineering Letter Report. 6. Meet and review Preliminary Engineering Letter Report with City Staff. 7. Obtain approval to prepare the Final Engineering Letter Report.. 8. Permit Applications (Additional Services). 9. Services do not include EA or EIS. 10. Total of Four (4) Public Involvement Meetings (Additional Services). 11. Submit one (1) hard copy and one (1) electronic copy of all applications. 12. Meet and review Applications with City Staff. 13. Revise Applications per City Staff comments and submit Applications to the appropriate Regulatory Agency. 14. Respond to comments and meet with Regulatory and Resource Agencies as needed. 15. Meet with City Staff to review final permit and easement requirements. EXHIBIT "A -1" Pa e2of6 K3ENGINEERING DATAEXCHANGEWELMAPISTREET1E11116 WILLIAMS DRIVE PHASE 3 FROM STAPLES TO AIRLINE=NSULTANM3 EXHIBIT A -1 TASK LISTDOC 16. Obtain Approval to prepare the Final Engineering Letter Report. B. Prepare Final Engineering Letter Report 1. Revise the Preliminary Engineering Letter Report per final permit and easement requirements. The Final Engineering Letter Report will become the basis for final design. 2. Submit one (1) hard copy and one (1) electronic copy of the Final Engineering Letter Report and Preliminary Drawings. 3. Meet and review Final Engineering Letter Report and Preliminary Drawings with City Staff. 4. Obtain approval to proceed with the Design Phase. Design Phase A. Develop construction drawings per TxDOT and City Standards in English units in 22" x 34" sheets to include approximately 130 Sheets B. Register project with the TDLR through the services of a RAS (Additional Services). C. Prepare opinion of probable construction costs including contingency amounts. D. Prepare Contract Documents in Standard TxDOT and City Format E. Submittals. Provide electronic (PDF's on CD) and one (1) hard copy (11 x 17) of the following submittals: 1. 60% Construction drawings and preliminary opinion of probable construction costs. 2. 90 %. Construction drawings, contract documents and preliminary opinion of probable construction costs. 3. Pre - Final. Construction drawings, contract documents, preliminary opinion of probable construction costs, and Plan Executive Summary. 4. Final. Sealed Construction drawings, contract documents and final opinion of probable construction costs. F. QC/QA. Provide QC/QA and address City comments for each submittal EXHIBIT "A -1" Pa e3of6 K:IENGINEERING DATAEXCHANGEIVELMAPISTREEnE11116 WILLIAMS DRIVE PHASE 3 FROM STAPLES TO AIRLINBCONSULTANTI3 EXHIBIT A -1 TASK LIST. DOC Bid Phase Provide Bid Phase Services in accordance with Exhibit 'A' of the Contract for Professional Services. Construction Phase Provide Construction Phase Services in accordance with Exhibit `A' of the Contract for Professional Services. ADDITIONAL SERVICES (Subject to Authorization) 1. PERMITTING • TxDOT Permitting: Coordinate with TxDOT during the design phase of the Project to obtain final approval of plans and specs • TDLR Registration: Submit construction plans and specifications to a Registered ADA Specialist (RAS) for review and approval and registration with the TDLR; Provide coordination efforts, as necessary 2. ROW Verification Survey RVE will research existing City right -of -way maps and perform boundary verification surveys in the field to verify adequate right -of -way for the Project. No additional right - of -way acquisition is anticipated as necessary for the Project. As such, right -of -way acquisition services are not included in this Proposal. Should it be determined during the course of the Project that additional right- of-way is required, RVE can provide these services to the City as Additional Services. 3. TOPOGRAPHIC SURVEY • Establish horizontal and vertical control points (bench marks) and perform level loops; • Perform detailed topographic survey of each of the project streets including: Street cross - section at 50 -ft. intervals; - Locate and tie down existing utilities including manhole flowlines; Locate and tie down existing surface improvements such as curb and gutter, sidewalks, fences, trees, mail boxes and other miscellaneous structures; Locate and tie down known utilities and structures identified in S.U.E.; - Detailed survey of intersections where ADA - compliant curb ramps are required 4. SUBSURFACE UTILITY EXPLORATION (S.U.E.) Conduct hydra - excavation, pneumatic excavation, or probing, with or without water jet assistance, to identify underground utilities. The process will conform to subsurface utility engineering in accordance with ASCE Standard C -I, 38 -02. EXHIBIT "A -1" Pa e4of6 KAENGINEERING DATAEXCHANGEWELMAPISTREE T1E11116 WILLIAMS DRIVE PHASE 3 FROM STAPLES TO AIRLINE=NSLILTANTI3 EXHIBIT A -1 TASK LIST.DOC 5. PUBLIC MEETINGS (4 Meetings) • Prepare Exhibits and Handouts • Attend and Participate (City Staff will lead the meeting) • Prepare Meeting Minutes • Attend Public Meetings associated with the TxDOT Categorical Exclusion 6. ENVIRONMENTAL ISSUES Prepare and process a TxDOT Categorical Exclusion to include the following studies: • Socioeconomic • Section 4(f) Resources • Historic Properties • Archeological Resources • Air Quality • Biological Resources • Water Quality • Noise Study • Hazardous Materials, and • Indirect and Cumulative Impacts Conditions and Exclusions The items listed below have not been included in this Proposal as they are not anticipated as a requirement for this Project. If, however, during the course of the Project any of the listed services are found to be necessary, they can be provided as Additional Services. Historical Properties and Archeological Resources: It is anticipated that the initial background review and project coordination request with the appropriate jurisdictional agencies is all that will be required for the Project. As such, a comprehensive investigation and permit process are not included in this Proposal. Air Quality The air quality analysis shall conform to the current TxDOT SOU for Air Quality. A quantitative air quality analysis and a carbon monoxide analysis are not anticipated as necessary for the Project and have not been included in this Proposal. Biological Resources: The following services should not be required for this Project and are not included in this Proposal: • A presence /absence survey for federally endangered vertebrates • Section 7 consultations under the Endangered Species Act • Activities associated with an Individual Section 404 Permit, pre - construction notification, and/or mitigation planning and formal coordination with the USACE • An essential fish habitat assessment Noise Study A traffic noise workshop is not included in this Proposal. EXHIBIT "A -11" Pa e5offi K:IENGINEERING DATAEXCHANGEWELMAPISTREET1E11116 WILLIACAS DRIVE PHASE 3 FROM STAPLES TO AIRLINEICONSULTANM EXHIBIT A -1 TASK LIST,DOC 7. CONSTRUCTION OBSERVATION SERVICES (18 Month Duration) As described in Exhibit `A' Section 1.B.7. 8. WARRANTY PHASE As described in Exhibit `A' Section 1.13.8. 9. EXISTING BOX CULVERT EVALUATION & REHABILITATION Inspect and evaluate the existing concrete box culverts in Williams Drive from Airline Road to S. Staples Street. Determine the condition of the box culvert and its current capacity for direct vehicle loading. Recommend upgrades needed to permit HS -20 direct loading and repairs needed to extend its service life. 10. DRAINAGE STUDY Determine the drainage basin to the Project and perform an hydrologic analysis to determine the amount of stormwater runoff directed to the existing storm sewer system. The results of the drainage study will be used to design the required storm sewer improvements in accordance with the City's Drainage Criteria Manual. 11. STORMWATER POLLUTION PREVENTION PLAN Prepare a Stormwater Pollution Prevention Plan (SWPPP) in accordance with TCEQ and EPA standards for the City only. The Contractor awarded the project shall be responsible for providing his own SWPPP. EXHIBIT "A -1" Page 6 of 6 K %ENGINEERING DATAEXCHANGEWELMARSTREETIE11116 WILLIAMS DRIVE PHASE 3 FROM STAPLES TO AIRLINE=NSULTANTI3 EXHIBIT A -1 TASK LIST.DOC EXHIBIT "B" MANDATORY INSURANCE REQUIREMENTS & INDEMNIFICATION FOR A/E PROFESSIONAL SERVICESICONSULTANT SERVICES (Revised October 2010) A. Consultant must not commence work under this agreement until all insurance required herein has been obtained and such insurance has been approved by the City. The Consultant must not allow any subcontractor to commence work until all similar insurance required of the subcontractor has been obtained. B. Consultant must furnish to the City's Risk Manager, two (2) copies of Certificates of Insurance, showing the following minimum coverages by insurance company(s) acceptable to the City's Risk Manager. The City must be named as an additional insured for all liability policies, and a blanket waiver of subrogation is required on all applicable' policies. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Written Notice of Cancellation, Bodily Injury & Property Damage non - renewal or material change required Per occurrence - aggregate on all certificates COMMERCIAL GENERAL LIABILITY including: 1. Broad Form 2. Premises - Operations 3. Productsl Completed Operations 4. Contractual Liability 5. Independent Contractors $1,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY to included $1,000,000 COMBINED SINGLE LIMIT 1. Owned vehicles 2.. Hired — Non -owned vehicles PROFESSIONAL LIABILITY including: Coverage provided shall cover all employees, officers, directors and agents 1. Errors and Omissions WORKERS' COMPENSATION $1,000,000 per claim 1$2,000,000 aggregate (Defense costs not included in face value of the policy) If claims made policy, retro date must be prior to inception of agreement; have extended reporting period provisions and identify any limitations regarding who is an Insured Which Complies with the Texas Workers Compensation Act EMPLOYERS' LIABIL 500,0001500,000/500,000 JAGEN VELMARFORM5INEWFORMSIAE LARGEI4 EXHIBIT B - OCT 2010.000X EXHIBIT "B" Pa e 1 of 3 C. In the event of accidents of any kind, Consultant must furnish the Risk Manager with copies of all reports within (90) ten days of accident. D. Consultant must obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law. The contract for coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The coverage provided must be in amounts sufficient to assure that all workers' compensation obligations incurred will be promptly met. E. Consultant's financial integrity is of interest to the City; therefore, subject to Successful Consultant's right to maintain reasonable deductibles in such amounts as are approved by the City, Consultant shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Consultant's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A -VII. F. The City shall be entitled, upon request and without expense, to receive copies of the policies, declarations page and all endorsements thereto as they apply to the limits required by the City, and may require the deletion, revision, or modification of particular policy terms, conditions, limitations or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any such policies). Consultant shall be required to comply with any such requests and shall submit a copy of the replacement certificate of insurance to City at the address provided below within 90 days of the requested change. Consultant shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Management P.O. Box 9277 Corpus Christi, TX 78469 -9277 Fax: (369) 826 -4555 G. Consultant agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: Name the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation and professional liability policies; ii. Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; iii. Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and iv. Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation, non - renewal or material change in coverage, and not less than ten (90) calendar days advance written notice for nonpayment of premium. JAGEN VELMARFORMSIN E WFORMS4AE LARGER EXHIBIT B -OCT 2010.DOCX EXHIBIT ` B " Page 2of3 H. Within five (5) calendar days of a suspension, cancellation, or non - renewal of coverage, Successful Consultant shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Consultant's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. I. In addition to any other remedies the City may have upon Consultant's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Consultant to stop work hereunder, and /or withhold any payment(s) which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. J. Nothing herein contained shall be construed as limiting in any way the extent to which Successful Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractors' performance of the work covered under this agreement. K. It is agreed that Consultant's insurance shall be deemed primary and non- contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. L. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. INDEMNIFICATION AND HOLD HARMLESS Consultant shall indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the negligent performance of Consultant's services covered by this contract. The foregoing indemnity shall apply except if such injury, death or damage is caused by the sole or concurrent negligence of the City of Corpus Christi, its agents, servants, or employees or any other person indemnified hereunder. JAGEN VELMARFORMSIN EWFORM&AE LARGEI4 EXHIBIT B -OCT 2010.DOCX EXHIBIT "B" Pa e3of3 SUPPLIER NUMBER TO BE ASSIGNED BY PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corpus DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the Cittyy to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA ". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: RVE, Inc. P. O. BOX: STREET ADDRESS: 820 Buffalo Street CITY: Corpus Christi ZIP: 79401 FIRM IS: 1. Corporation ® 2. Partnership e 3. Sole Owner ❑ 4. Association 5. Other DISCLOSURE PUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3 %, or more of the ownership in the above named "firm." Name Job Title and City Department (if known) NIA 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title NIA 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee Pat Veteto Street Maintenance Finance Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant N/A EXHIBIT "C" Page 1 of 2 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2 -344 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Patrick D. Vete o, E. Title: President (Type or Print) 4 . DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit ". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self - employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non - profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. EXHIBIT "C" Page 2 of 2 Basic Services: Preliminary Phase j Design Phase Bid Phase Construction Phase Subtotal Basic Services Additional Services: Permitting Warranty Phase Inspection Platting Survey O & M Manuals SCADA Subtotal Additional Services Summary of Fees Basic Services Fees Additional Services Fees Total of Fees . rn m = o h �o COMPLETE PROJECT NAME Project No. XXXX Invoice No. 12345 Invoice Date: Sample form for: Payment Request Revised 07/27/00 Total Amount Previous Total Percent Contract Amd No. 1 Amd No. 2 Contract Invoiced Invoice Invoice Comniete $1,000 $0 $0 $1,000 $0 $1,000 $1,000 100% 2,000 1,000 0 3,000 1,000 500 1,500 50% 500 0 250 750 0 0 0 0% 2,500 0 1,000 3,500 0 0 0 0% $6,000 $1 ,000 $1,250 $8,250 $750 $1,500 $2,500 30% $2,000 $0 $0 $2,000 $500 $0 $500 25% 0 1,120 0 1,120 0 0 0 0% 0 0 1,627 1,627 0 0 0 0% TBD TBD TBD TBD TBD TBD TBD 0% TBD TBD TBD TBD TBD TBD TBD 0% TBD TBD TBD TBD TBD TBD TBD 0% $2,000 $1,120 $1,627 $4,747 $500 $0 $500 11% $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% 2,000 1,120 1,627 4,747 500 0 500 11% $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,000 23%